Technical Specification
Technical Specification
Annexure ‘E’
Specifications for Sewage Related Jobs
Table of Contents
S.No. Chapters Page No.
1.0 General 95
2.0 Pipeline 99
Chapter 1
General:
The specifications for this project & various components thereof shall be as follows:
1.0 The specifications for various material to be used for the project shall confirm to BIS/IS/ISO
standards with uptodate amendments as given below:
NOTE:- Any other BIS/IS/ISO standards as may be required will also be applicable. Quality assurance program of
the manufacturer shall have to be enclosed with the detailed design and drawings.
2.0 The other part of the specifications for various components of the project shall be as per
provisions of clauses and sub clauses of chapters of Manual on Sewerage and Sewage
Treatment (Second Edition), CPHEEO Ministry of Urban Development Govt. of India
Disclaimer : Any specifications not covered above shall be as per best Engineering practice
or as directed by Engineer In Charge. In the event of any disparity between the
written specifications and BIS/IS/ISO provisions, the provisions in BIS/IS/ISO
shall prevail.
The item wise specifications to be followed by the Contractor are given in the subsequent Chapters.
101
Chapter 2
Providing, Laying and Jointing of Pipelines
The contractor shall carryout extra excavation at the pipeline joints to be welded in the trench, as
required (minimum 0.6 m deep and 0.9 m lengthwise, all around the pipe), for facilitating proper welding
of the bottom joint from outside. The work of trench excavation should be commensurate with laying and
jointing of the pipe line. It should not be dug in advance for a length greater than 500 m ahead of work of
laying and jointing of pipeline unless otherwise permitted by the Engineer-in-Charge.
The minimum cover on pipe is to be maintained 1 metre+/- 0.2 metre. However the cover on pipe may
be modified to suitgradients and site conditions as per direction of Engineer-in-Charge.
102
water including hire charges of pumps, cost of diesel and labour etc. and hence, no extra payment shall
be allowed.
2.3. All excavations shall be backfilled to the level of the original ground surfaces unless otherwise shown on
the drawings or ordered by the Engineer-in-Charge, and in accordance with the requirements of the
specification. The material used for backfill, the amount thereof, and the manner of depositing and
compacting shall be subject to the approval of the Engineer-in -Charge, but the Contractor will be held
responsible for any displacement of pipe or other structures, any damage to their surfaces, or any
instability of pipes and structures caused by improper depositing of backfill materials.
104
The back filled layers shall be wetted and compacted to a density of not less than 90 percent of the
maximum dry density at optimum moisture content of the surrounding material. Any deficiency in
the quantity of material for backfilling the trenches shall be supplied by the Contractor at his expense.
The Contractor shall at his own expense make good any settlement of the trench backfill occurring after
backfilling and until the expiry of the defects liability period.
On completion of pressure and leakage tests exposed joints shall be covered with approved selected
backfill placed above the top of the pipe and joints in accordance with the requirements of the above
specifications. The Contractor shall not use backfilling for disposal as refuse or unsuitable soil.
2.4. Fillings of the trench excavated in rock
In case of excavation of trenches in rock, the filling up to a level of 300 mm above the top of the pipe
shall be done with fine materials, such as soft soil, moorum etc. The filling up of the level of the centre
line of the pipe shall be done by hand compaction in layers not exceeding 150 mm, whereas the filing
above the centre line of the pipe shall be done by hand compaction or mechanical means in layers not
exceeding 150 mm. The filling from a level of 300 mm above the top of the pipe to the top of the trench
shall be done by mechanical methods with broken rock filing of size not exceeding 150 mm mixed with
fine material as available to fill up the voids.
2.5. Consolidation
The consolidation of the filled material shall be done to attain 95 % proctor density. The density of the
filled and compacted material shall be tested regularly and record maintained accordingly.
3.0 Ductile Iron PIPES (Pipes shall be procured only from the Manufacturers.)
3.1Supply, laying and jointing of DI Pipesand fittings.
The ductile iron pipe to be supplied and laid shall be DI K-7/K-9 as per IS 8329-2000, fittings for to
the pipe shall conform the provisions of IS 5382-1985, DI fittings confirming to IS 9523:1980
complete.
3.2 The laying of pipe shall be as per IS 12288:1987 with up to date amendments.
3.3The manufacturer and their associates(if any) should have the facility to carry out the internal coating / lining
and external coating / painting at factory for pipes and specials confirming to IS 11906:1986.
3.4 The DI pipe manufacturer should have valid BIS license from last 5 years (or valid BIS license from last
2 years with an experience of manufacturing and supplying at least 500 kms of various diameters of DI
pipe to any State/Central Govt. / board/organization of repute in last 3 years) and the pipes should be
manufactured conforming to IS 8329-2000 specification and further amendment to the code as on date
and duty ISI marked.
3.5 The DI pipe manufacturer should have in-house facility for carry out the following test for size DN 80-
DN1000:-
a) C -value determination arrangement
b) Type test for leak tightness as per ISO 2531:2009/BS EN 545/IS 8329:200.
3.6 DI pipe manufacturer should have the ISO 9001:2008 & ISO 2531:2009 certification for manufacture of
DI pipe.
3.7 A certificate for having supplied DI pipe of size proposed in the project for quantity 1/3 of the TENDER
requirement during last 3 years to any state/central Govt. department /board to be submitted by pipe
manufacturer.
The manufacturer should be able to demonstrate the conformity of the product to the requirement by
controlling the manufacturing process and by carrying out the various tests as specified in IS wherever
possible, statistical sampling techniques should be used to control the process so that the product is
produced within the specified limit. The successful bidder is required to submit the Quality Assurance
Program (QAP) of the manufacturer along with the documentary evidence of the production
capacity, BIS & ISO Certification as mentioned above for obtaining the approval of Employer &
Engineer-in-charge before production of pipes.
3.8 Each pipe or Fittings shall be marked with the standard mark, Lot/ Batch No., Period of
Manufacturing and as per the employer/purchasers requirement.
4.0 Supply, laying and jointing of Double Wall (Non-Smooth External Surface) Corrugated (DWC) wall
& Smooth Internal wall) Polyethylene Class SN 8 /High Density Poly Ethylene (HDPE) Pipe PN 2.5
PE 100 for Piping System for Non-Pressure underground Sewerage & Drainage Applications.
4.1 Scope
105
The specification for manufacturing, supplying, transportation, handling, stacking, installation, jointing,
and testing of Piping System for non-pressure underground Sewerage & Drainage Applications shall be
as below,
4.2 Applicable Codes
The manufacturing, testing at factory, supplying, transportation, handling, stacking, installation, jointing,
and testing at sites shall comply with all currently applicable National statutes, standards & codes. If
requirements of these specifications are at variance with any other standards, this particular document
shall be governed by the proceedings of:
IS16098 (Part-1) : Structured Wall Plastics piping Systems for non-pressure drainage and
2013 sewerage- Specification
Part 1: Pipes and fittings with smooth external surface, Type A
IS16098(Part-2) : Structured Wall Plastics piping Systems for non-pressure drainage and
2013 sewerage- Specification
Part 2: Pipes and fittings with non-smooth external surface, Type B
IS 5382 Rubber sealing rings for gas mains, water mains and sewers.
IS 4905 Methods for random sampling
IS 7328 High density polyethylene materials for moulding and extrusion
IS 7634 Laying & Jointing of Polyethylene (PE) Pipes
Other Indian standards which are integral part of above standard as normative references form a
significant portion of this specification document.
4.3 Inspection
The Contractor shall be responsible for the performance tests at the Manufacturer’s place in presence of
the Engineer-in-charge or the authorized representative(s) of the client and/or by the authorized
representative of PDMC, AMRUT.
The Pipe Manufacturer shall produce all necessary test certificates related to relevant Material
Characteristics of PE Material in Granular Form for each lot of Pipes as specified in the IS code. At the
time of inspection, before supply of the designated lot to the contractor, such certificates from the
manufacturer, duly supported by the purchaser’s invoices shall be made available to the employer with
proper endorsement from the inspecting agency.
The employer reserves the right to inspect the Pipe Manufacturer’s unit if required to evaluate the
capacity/ capability/ Quality Assurance before extending their clearance to the contractor towards
procurement of pipes.
The Employer reserves the right to test Pipe samples of Pipe & Fittings picked up at random from project
site stack yard/storage for performance test at any Govt. authorized National Testing Laboratories or
NABL Accredited laboratory.
4.4 Transportation
While loading the pipes onto the truck, care should be taken that the coupler- end should be arranged
alternatively in the corresponding layers so as to avoid the damage to the coupler/ socket ends.
106
4.5 Handling
Following Recommendations shall be followed while handling the pipes:
Adherence to National Safety requirements
Pipes to be smoothly lowered to the ground
Pipes should not be dragged against the ground to avoid the damages to the Coupler/pipes.
900mm and larger diameter pipes are carried with Slings at two points spaced approximately at 3
Meters apart.
For smaller diameters (450 mm to 900 mm, both exclusive) one lift point shall besufficient& can be
handled either manually or mechanically.
For diameters smaller than or equal to450 mm, manual labour can be used.
Do not use a loading Boom or Fork Lift directly on or inside pipe.
The moulded on-line coupler (or separate coupler integrated to the pipe in case of lower sizes) will have a
suitable internal surface to push-fit the said end over the spigot end of the next pipe. On first valley of the
corrugation of said spigot end (destined to receive the pushed coupler), the sealing rubber ring of
standard quality shall be placed so that the coupler end of the pipe smoothly but tightly slides over the
sealing ring for making an absolute watertight joint. Similar system is also used for fabricated accessories
or moulded fittings requiredReducer end caps for the purpose of installation of the system related to
drainage/sewerage.
For quality connections following steps are to be ensured, failing which the performance aspects are to
be severely compromised:-
The non-coupler (socket) end needs to be thoroughly cleared and shall be free from any foreign
material
Clean and lubricate the coupler end of the pipe, if required.
Lubricate the exposed Gasket in the same manner, if required.
Keep the non-coupler end free from dirt, backfill material, and foreign matter so that the joint integrity
is not compromised.
Push the coupler onto the non-coupler end and align properly. Always push coupler end onto non-
coupler end.
For smaller diameter pipes simple manual insertion shall be sufficient. It should be ensured that the
coupler end is adequately ‘homed’ on non-coupler end to ensure installation and tight joining seal.
Therefore prior to insertion always place a ‘Homing Mark’ on appropriate corrugation of the ‘Non-Coupler
End’.
6.0 Construction of backfill envelope and final backfilling of the trenches
DWC Piping System with well compacted Backfill Envelope along with the bottom and sides of trench
(native soil) work together to support soil overburden and superimposed (traffic) loads. The carefully
constructed Backfill Envelop has three distinct but non-isolated stages (ref. Annexure A of IS-16098 Part-
2).The construction need to be done stage by stage as per the sequence stated below:
Bedding portion
Up to Haunch level
Remaining portion
The material for backfill envelop shall be in accordance with the structural design of flexible buried
conduit as per relevant National code in meticulous consultation with ISO 21138-1 &3 :2007 and all other
referred International Codes such as BS EN 1295-1 that forms an integral part of the said ISO
Specifications. It can be the same material that were removed in the course of excavation or it can be fine
sand/course sand/gravel / moorum /other form of course / fine aggregates depending on the effected
Design Load [Overburden + Superimposed (Live) load]. However, in no circumstances, the flexible pipe
should be embedded in cement concrete (un- reinforced or reinforced) which invariably induces
undesired rigidity in the system.The Manufacturer may also be consulted to provide for the necessary
module for the Structural Design of the ‘Backfill Envelope’.
The remaining portion of backfilling which do not contribute to the structural integrity of the system
may be the materials that were removed in the course of excavation or any other foreign material as
may be required to suit the particular site condition. These materials shall consist of at least clean
earth and shall be free from large clod or stone above 75 mm, ashes, refuse and other injurious
materials.
After completion of bedding portion of the Backfill envelop and subsequent lying of pipes, etc, first
the haunch portion & then upper portion of Backfill Envelope shall be constructed as per design
around the pipe. Voids must be eliminated by knifing under and around pipe or by some other
indigenous tools.
The compaction, by hand rammers or compactors with necessary watering to a possible maximum
level of proctor density shall be ensured.
Remaining portion of the Construction of ‘Backfill Envelope’ (above the Bedding Portion) &
subsequent final Backfilling of the Trench shall start only after ensuring the water tightness test of
joints for the concerned sewer segments. However, partial filling may be done keeping the joints
open.
108
Precautions shall be taken against floatation (if at all necessary) as per the specified methodology
and the minimum required cover.
7.0 Continuity Test /Hydraulic Testing
Since the entire application pertains to Non-pressure (gravity flow) domain, on-field pressure testing of
the installed system is not necessary. As per the relevant IS Code, each of the supplied pipe assembly
need to be pressure tested at manufacturer’s end for ensuring its leakage proof status as per the IS
16098 (Part 2):2013. However, for on-field acceptability, a segment wise continuity test shall be
performed by the contractor in the same methodology as depicted in the CPHEEO, MoUD, GoI Manual
on Sewerage and Sewage Treatment to the fullest satisfaction of the Employer/Department/PDMC,
AMRUT. The contractor shall arrange the water at his own cost for testing and other requirements.
Notwithstanding the satisfactory completion of the continuity test, if there is any discernible leakage of
water from any pipe or joint, the Contractor shall, at his own cost, replace/repair the pipe or re-make the
joint and repeat the hydraulic test again.
8.0 Flow measuring devices:
Electromagnetic Flow Meter as per ISO 6817- 1992 of appropriate size shall be provided along with 8
hour Battery back-up, at inlet and outlet of the Raw water and Clear water pipeline and Feeder pipeline
outlet at RCC Sumpwells; to check losses and measure the quantity of water. Reading display of all the
Flow meters, alongwith data logging instruments should be made available at single point, wherever
decided by the Engineer-in-charge.
All the Electromagnetic Flow meters shall have the same make and salient features as under.
Coil housing of the Electromagnetic flow meters of fully welded SS-316 and Flow-tube lining of PTFE /
EPDM / Neoprene.
Recommended make:Krohne-Marshall / Yokogawa / Emerson- Rosemount.
9.0 Technical Qualifications of Manufacturer of DWC pipes:
9.1 The Pipe manufacturer should have an annual installed production capacity of quantity equal to this TENDER.
The manufacturer should have manufactured and suppliedpipesto any state/central Govt. department
/board having minimum DN/ID 150mm or above, a minimum length of 500 Km.; out of which atleast
10% length (50Km.) should be of minimum DN/ID 250mm or above.
9.2 The manufacture should have valid BIS License as per IS 16098:2013 Part-2 / IS 14333:1996 and
accreditation of ISO 9001: 2008/2015 for Manufacture and supply of DWC / Structured wall PE Pipe and
fittings.
9.3 The manufacturer should be able to demonstrate the conformity of the product to the requirement by
controlling the manufacturing process and by carrying out the various tests as specified in IS wherever
possible, statistical sampling techniques should be used to control the process so that the product is
produced within the specified limit. The successful bidder is required to submit the Quality Assurance
Program (QAP) of the manufacturer along with the documentary evidence of the production
capacity, Valid BIS & ISO Certification as mentioned above for obtaining the approval of
Employer & Engineer-in-charge before production of pipes.
The manufacturer should have required Plant, machinery and equipment for the following vital test:
Load Test,
14.4If the manufacturer does not have required Plant, machinery and equipment for the above vital test,
the required tests to be carried out in any Government, National Test House or NABL accredited
Test Laboratory. The cos of such tests shall be borne by the manufacturer.
14.5 Each cover & frame shall be marked with the standard mark, Lot/ Batch No., Grade Designation
LD2.5, MD10, HD20, EHD35, Period of Manufacturing, Source of Manufacture and as per the
employer/purchasers requirement.
16 THRUST BLOCKS
The thrust blocks shall be of plain/reinforced cement concrete on site as per design and drawings to be
given by the Contractor and approved by the Engineer In Charge. The thrust blocks shall be cast directly
against the undisturbed soil.
111
Chapter 3
SPECIFICATION FOR CONSTRUCTION OF R.C.C. SUMP AND SEWAGE TRAETMENT PLANT(
STP)
1.0 PREAMBLE:
The work comprises of construction of Sump well at various locations and at Sewage
treatment plant
2.0 Scope of work:
Three RCC sump well as mentioned in Description of work is to be designed and tested on
Lump sum contract.
The work includes the following sub work:
i. Investigation and testing for foundation.
ii. Design and drawing of the structure.
iii. Construction as per approved design and drawing.
iv. Providing and fixing of pipes, valves and other appurtenances wherever required.
v. Testing of the structure for the water tightness and stability.
All materials required for satisfactory completion of the work such as cement, steel, pipes,
specials and valves shall be procured by the contractor himself. The water required for
construction shall be arranged by the contractor but that required for testing and handed over
to the department within the time period specified in the Notice inviting TENDER.
3.0 LOCATION OF WORK:
Sump well site: One number of sump well of required capacity at the land identified by
UJJAIN municipal corporation.
4.0 GENERAL REQUIREMENT:
4.1 The foundation of the structure should be taken down sufficiently below the average ground
level for safe transfer of load to undisturbed formation. Suitable Soil test should be carried out
by the contractor through Govt. Engineering college or any other recognized laboratory to
ascertain safe bearing capacity of the soil for design purpose.
4.2 The specification laid down in the letter TC No. 236 dated 21.05.97 issued by Engineer-in-
Chief PHED M.P. Ujjain be strictly followed. Applicable for Over Head Tanks.
4.3 The type of foundation should be suiting to the determined safe bearing capacity of the soil
and shall be designed accordingly. The excavation shall be done in all sort of strata and if
blasting is required, the contractor shall obtain permission from the competent authority and
all rules regarding safety shall be followed.
4.4 The tanks can either be rectangular or circular is shaped supported over column staging but
the location plan of the columns should permit utilization of spacing underneath fully for
construction of office/staff building.
4.5 The capacity of the tanks specified in para 2.0 above shall be between the outlet level and the
full tank level. The maximum depth of water in the tanks should not be more than 4.0 m. The
outlet level should be kept minimum 0.15m above the tank floor level. A free board of 0,5m
should be provided below the lowest surface of the roof slab or beam. The inlet level should
be 0.10m above the full tank level. The scour level should be kept flush with the floor slab.
4.6 A RCC doglegged staircase 1.2m wide shall be provided from ground level to upto the top of
the tank. The staircase should have straight flights with intermediate landing at bracing levels.
The rise of the stairs shall not be more than 25cm. The staircase should have railing on both
sides comprising of 1.2m high GI medium class pipe of 80 mm dia posts, 1.5 to 1.6m apart
and medium class 20mm dia I pipes in three rows. The GI pipes posts and the railing pipes
(class medium) should be secured adequately.
4.7 A RCC gallery 1.2m wide all around the tank at vertical wall ring beam level should be
provided to facilitate inspection, cleaning and painting of the tank. A railing comprising of
medium class 80m dia GI pipes posts 1.2m high rigidly fixed in the gallery slab at 1.5m
maximum spacing with 3 rows of 20mm GI pipes (Class medium) should be provided. The
112
gallery should have access from the staircase, A steel door shall be provided at the entrance
to the gallery or at the far end of the RCC staircase to prevent unauthorized entry.
4.8 RCC ladder properly supported from tank wall with hand rails 0.45m in width should be
provided outside of the tank from gallery of top of roof slab. The RCC ladder shall have at
least one landing in between gallery and roof top and. Mild steel ladder, from the manhole in
the roof slab to floor slab, inside of the tank to facilitate inspection and cleaning. These
ladders should be of MS plates 65mmx10mm size with 20mm dia round bars fixed at 0.25
centers by holding and welding to MS plates. The insides ladder should be properly
supported in the mid span for rigidity.
4.9 An apron of cement concrete 1:2:4 i.e. M-15 mix should be provided for an area which is 1.5
metre more the dimension of the tank of all sides having 100x100 mm drain in cement
concrete 1:2:4 all around shall be constructed and water will be led to the proper disposal
point through the drain to be constructed for the purpose. The top of the drain around the
apron shall be 100mm above the ground level. Outer edge will be covered with sloping earth
the apron will have a slope of 1.60 from centre towards the drawl. The edge of the drain will
be flush with the top surface of the apron. The apron will be 100mm thick in cement concrete
1:2:4 laid on sub base of 100mm thick 1:4:8 cement concrete in case of black cotton/cohesive
soil the soil will be removed up to 500mm below the ground level and refilled with rammed
moorum up to 400mm in case of hard strata like moorum, kopra etc. moorum filling will not be
required.
Cast iron bell mouths as per Appendix 10.2 of CPHEEO manual conforming to IS 1538-1976
shall be provide on the top end of all pipes. These pipes shall have CI puddle collars properly
embedded in the floor slab at the time of concerting to provide monolithic joint. Cast iron
strainer shall be provided don the top of outlet and scour pipes,. Cast iron duck foot bends
shall be fixed over cement concrete bed block, to support vertical pipes. The bed blocks shall
be designed to take the load of pipes and the water column indecently. The double flanged
Duck foot shall be provided. 1.2m below average ground level at site.
Cast Iron Double flanged sluice valves with spur gear and hand wheel class PN 1.0
confirming to IS : 14846 with all revision up to date issued of NIT shall be provided and fixed
minimum 3.0 m away from the ground level bracing, along with necessary C.I.D.F. pipes. The
size of the valves shall be as given below:
Inlet valve Dia (150 mm)
Outlet valve Dia (150 mm)
Scour valve Dia (80 mm)
The overflow pipe shall be left open at minimum 3.00 m distance from bracing CIDF pipes
shall be provided between Duck foot bends and D.F. sluice. The contract will limit up to fixing
of DF values.
6.0 APPURTENANCES:
6.1 Water level indicator:
A float operated level indicator comprising of stainless steel float pulleys, steel wire rope and
enameled indicator plate calibrated to read depth of water in metre, shall be provided.
113
The pulleys should provide free movement of rope and they should be easily accessible for
repair and maintenance. The indicate plate should be fixed at about 5m. Above ground level
on the front side of tank.
Additionally the following arrangement may be provided as optional
(a) Water level indicator, working on physical characteristics.
(b) Pressure gauge, calibrated, to read water depth directly.
6.2Ventilators :
Mosquito proof ventilators, of suitable design shall be provide on the roof slab of tank to
facilitate discharge of dissolved gases of water and to keep the inside of tank odour free.
6.3 Manhole:
An opening of 0.75x0.75m or 0.9m dia. size shall be provided in the roof slab fo tank for
access inside the tank for inspection and cleaning. The opening shall have CI/MS cover with
locking arrangement.
Lightening Arrestor:
Aluminum lightening arrester as per relevant B.I.S. shall be above highest point and 30
mmx4mm size strip connected to earth electrode shall be provided. The earth strip shall be
secured rigidly to concrete surface.
7.0 FINISHING AND PAINTING
7.1 Form finish:
All external surfaces on the structure shall have form finish. However all uneven surface and
small defects shall be made even immediately after removal of forms with 1:1 cement mortar.
The inside surface of the tank shall be rendered even and water proof by cement plaster in
1:2 portion.
7.2 Painting of Concrete:
The outside surface of the Sump shall be painting with 2 coats of IS marked cement colour of
approved make. The colour shade shall be decided by the Engineer-in-Charge.
7.3 Painting of pipes etc.
Cast iron pipes, valves and fittings, shall be painted with 2 coats of black bituminous paint.
7.4 Painting of MS Ladders and MH Cover:
As the MS ladder inside of the tank and manhole cover shall be subjected to corrosive action
of chlorinates water they shall be coated with epoxy paint
8.0 TESTING OF SUMPWELL:-
In addition to the structural test as given in IS 456-1978 revised and amended up to date the
Sumpwell shall also be tested for water tightness at maximum water level in accordance with
clause 10.1.1 of IS 3370 (part-I) 1965. The tanks shall be filled more than 0.25m per day and
the settlement of foundation of foundation shall be measured accurately before each filling.
Any defect of any sort affecting the strength, durability, appearance of usefulness of the
structure noticed during testing shall be completely removed to the satisfaction of Engineer-
in-charge with in the specified time for completion of work.
9.0 COMMISSOINING & HANDING OVER:-
On completion of all works and the successful of the Sumpwell, it shall be handed over to the
department for commissioning as required on completion of work and testing. The contractor
shall submit completion drawing in six sets along with foundation investigation, concrete
strength water tightness test reports at the time of handing over of work.
114
Chapter 4
SPECIFICATIONS FOR SEWAGE TREATMENT PLANT
All the work shall be carried out as per relevant provisions of clauses and sub clauses
of chapters of Manual on Sewerage and Sewage Treatment (Second Edition), CPHEEO
Ministry of Urban Development Govt. of India
(1) Construction of Sewage Treatment Plant. The Job includes the construction of one number of
STP of capacity 92.5 MLD in SurasaVillage .
(2) TREATMENT:
Specifications of all the treatment units shall be as per CPHEEO Manual and relevant
IS/BIS/ISO standards. Bidder shall require to submit a brief write up on the Sewage treatment
plant along with the TENDER. On acceptance of TENDER the successful Bidder shall submit
a detailed design and drawings of the Sewage treatment plant based on CPHEEO Manual
and relevant IS/BIS/ISO specifications for the approval of competent authority.
The Sewage treatment plants shall be for Primary and Secondary treatment of MUNICIPAL
SEWAGE. Typical composition of untreated domestic waste water, is as follows:
Parameters Concentration
Contaminants unit Weak Medium Strong
Suspended mg/l 100 220 350
Solids
BOD5 mg/l 110 220 400
COD mg/l 250 500 1000
Total Nitrogen mg/l 20 40 85
Free Ammonia mg/l 12 25 50
Nitrates mg/l 0 0 0
Total mg/l 4 8 15
Phosphorous
Chlorides mg/l 30 50 100
Sulfate mg/l 20 30 50
Grease mg/l 50 100 150
The Effluent Characteristics should meet the MP Pollution Control Board norms and MOEF
Norms for discharging water in inland water ways or to be used for community purpose as
per Pollution Control Authorities with up to date amendments. The effluent discharge limits
are described below.
115
All the treatment units shall be as per CPHEEO Manual and relevant IS standards. Bidder
shall require to submit a brief write up on the Sewage treatment plant along with the
TENDER. On acceptance of TENDER the successful Bidder shall submit a detailed design
and drawings of the Sewage treatment plant for the approval of competent authority. The
general specifications and guidelines for STP are as below,
1.0 General Guidelines for level of STP and proposed Trunk Main Sewer.
The contractor is advised to have a site visit and verify the site levels.The STP should be
designed, such that the complete process is completed with least of power consumption, also
STP should be at sufficient height to avoid flooding during monsoon. It is the responsibility of
contractor to match the outfall chamber level with proposed by pass channel meant for
excess flow and discharge of treated sewage.
2.0 Raw Sewage Intake System & Raw Sewage Sump & Pump
The raw sewage shall be intercepted from the last manhole and shall be taken to the raw
sewage intake and pump sump via gravity. A minimum self-cleaning velocity shall be
maintained throughout the sewer line in order to avoid the settling of the particles. The raw
water sewage pumping station shall comprise of the following system:-(i) Inlet chamber,
(ii)mechanically cleaned coarse bar screen,(iii) pump sump and (iv) raw sewage pumps.
116
A bypass line to the Pumping station shall be provided which shall discharge Sewage to the
drain, in case of overflow or raw sewage pump failure. This Pipe line shall be designed to
maximum hydraulic capacity.
3.0 Sewage Treatment Plant
3.1 Inlet chamber cum distribution chamber
The raw sewage shall be pumped to the inlet chamber before the fine screens.
3.2 Fine Screen Chamber.
One no. mechanical and one no. manually operated fine screen of 6 mm openings shall be
installed in a reinforced concrete chambers for fine screens. These two chambers shall be in
parallel with common wall construction. Manual bar screen shall be standby in case the
mechanical fine screen is out of service. The screen channels shall be designed for peak
flow. The bar screens shall be of Stainless Steel (SS-304) flats. Conveyor Belt and chute
arrangement shall be provided to take the screenings to the screenings dropped from chute
will be collected in a trolley positioned below of approx. 0.5 m3 capacity. Manually operated
gates are provided at the upstream and downstream ends to regulate the flow and for
isolation. The Sluice gates shall be thimble mounted and confirm to IS: 13349. RCC Platforms
shall be provided at the upper level to enable operation. Railings shall be provided around the
entire periphery of the Chamber as well as for the platform. The entire structure is as per
relevant IS code including the platform for the gates. RCC staircase 900 mm wide shall be
provided for access from the ground level to the top of the unit & to the operating platforms.
All other accessories, whether specified or not, but required for completeness of the contract
shall be in contractor’s scope.
A level switch shall be provided in the channel upstream of screen chambers to start/stop the
screen drive mechanism. Signal for Tripping of mechanical screen due to heavy blockage
shall be announced through alarm for corrective action. ON-OFF and trip indication shall also
be sensed and indicated in the panel room. Level increase in the channel from the upstream
of screens due to clogging of screens including manual screen shall be sensed and alarm
annunciation shall be initiated in the panel room for corrective action. ON-OFF trip indication
of conveyor belt due to fault of overload shall be sensed in panel room for corrective action.
The screened sewage shall flow by gravity to the grit chambers, through suitably branched
and sized channels.
3.3Grit Separator Units
Grit Separators are to be provided after the screening and before the biological treatment.
There shall be one number mechanically operated detritor type grit separator designed for
Peak flow. Another parallel manually cleaned grit channel shall also be designed and
provided for peak flow and will work as a standby unit. The grit chamber should have a low
head loss. All equipment and components (including but not limited to scrapper, classifier,
and organic return pump) necessary for a fully functional system shall be provided regardless
of whether or not such items are specifically listed or described in the Tender Document.
Washed grit shall be collected in a trolley positioned at ground level below the Grit Classifier
discharge. De-gritted sewage shall exit the Grit Basins over the outlet weir. Liquid streams
from grit classifier shall be returned to the de-gritted sewage stream.
The bidders are to note that the silt & grit removed from grit chamber, does not form a part of
the TSS in the incoming wastewater quality indicated in the tender document. Accordingly
sludge calculations shall be done by bidders.
The grit separator should preferably have a scrapper and suitable grit lifting screw/rake
transferring the settled grit to a grit classifier with an integral grit washer.
3.4 Flow Measurement
Flow measurement in the common outlet channel after screening and grit removal shall be in
the form of a Parshall flume housed in the RCC channel. There shall be a straight length of at
117
least 10 times the throat width of the channel housing the flume in both upstream and
downstream of the flume. The flume shall be constructed in RCC and finished in cement
mortar. An ultrasonic level measurement device shall measure sewage depth in the flume
and the flow computation shall be through the dedicated digital display with integrator near
the flume. The readings of this meter shall be transmitted to the control room. Parshall flume
channel shall lead to the distribution chamber of Biological treatment.
3.5Distribution chamber
Sewerage from the Parshall flume shall be fed to the distribution chamber which will distribute
the Sewerage into separate streams for the Biological treatment.
3.6 Biological treatment of sewage
Process Design
Sewerage from the distribution chamber shall enter process basins as per relevant IS code.
Screened and De-gritted sewage shall be fed for biological treatment to remove BOD, COD,
Suspended Solids, Nitrogen and Phosphorous.
It shall perform biological organic removal, Nitrification, De-nitrification and Biological
Phosphorous removal. It shall be capable of simultaneous sludge stabilization. Complete
operation including decanting rate, sludge recirculation and wasting of excess sludge shall be
controlled by PLC. Treated Sewage shall be disposed in the adjacent drain through
Sewerage Pipe after chlorination.
The Biological and Tertiary Treatment shall be based on technology based on which at least
one Municipal Sewage Treatment Plant running successfully at present in India having
capacity 30% or more of the capacity of Sewage Treatment plant proposed in the project on
the same technology. The effluent characteristics should meet the CPCB and MoEF norms for
disposal on land or water resource. Also the sludge should be digested ad stabilized before
disposal by the Contractor.
instrumentation and float signals specified herein with the logic control and the MCC panels
as needed for a Complete Automated Operation.
Logic Control Hardware and Panel
The program controller shall be provided with key pad and display to enable the operator to
easily re-adjust all cycle time and sequence. The programmable logic controller (PLC) shall
have sufficient memory to perform automatic control of the process described herein and
shall be sized to provide an additional number of input/output capacity of 10%.
All control equipment installed in the control panel shall be accessible for operation of
mounted on the front face of the panel. This panel shall control the operation of the various
process equipment including:
influent valves or gate
weirs air blowers
decant equipment
waste sludge pumps (or valves)
any additional process equipment specified herein
The PLC shall receive all input signals or described and take the necessary decisional action
in regards to the operation of the above process equipment.
The panel for the logic control shall be NEMA (National Electrical Manufacturers Association)
enclosure and shall be provided with necessary Control Breaker, Transformers and
Supplementary Contacts as noted herein.
The panel wiring shall be sized per applicable codes using SWG 16 gauge minimum wire
size. Wiring terminal blocks shall be rail mount control terminal type thermoplastic rated at
600 Volts. Not more than two wires shall be allowed to terminate in anyone terminal.
The panel face shall be provided with an individual 3-position selector switch (HOR) for each
automated valve, blower (4-position selector if dual-speed blower), pump, decanter or
auxiliary equipment and instrumentation specified herein. It shall be equipped with one pilot
light dedicated to each equipment.
The pilot light shall be wired in parallel with the related motor starter auxiliary contact or relay
other limit Switch contact to indicate that the equipment is activated or deactivated. Pilot
lights shall be 415V AC direct types or led type.
All internal devices shall be clearly marked and identified as to its application, including
selector switches, pilot lights, pushbuttons and other devices exposed in front of the panel.
Identification nameplates shall be with black letters or numbers in white, carved in plastic.
For all automated valves and decanter operation, feedback signal shall be also provided and
connected to the logic controls to acknowledge and confirm the good operation. In the event
of one equipment failure, the reactor shall be temporarily bypassed and an alarm shall be
activated to notify the operator. In the meantime, the flow shall be managed by the other
reactor(s) in accordance with the programming.
The control panel shall be equipped with circuitry to shutdown automatically the pump motor
when required, to protect this equipment from damages caused by excessive humidity,
temperature, or current overload. The contractor shall be responsible for connecting these
pumps and motor sensors to the appropriate circuit in the control panel to protect the pumps
in accordance with the pump manufacturer instructions. One pilot light shall be mounted on
the control panel surface to indicate an alarm condition; all alarms shall appear on the
operator interface. In both cases, these alarm conditions shall open the circuit of the pump
starter to prevent it from starting.
The control panel shall be shipped completely factory wired, assembled and factory tested.
119
All other accessories, whether specified or not, but required for completeness shall form part
of contractors scope.
Wet cake
The contractor can sell wet cake generated from STP during O & M period at his own level. If
it is not possible to sale then wet cake shall be disposed off at land fill site identified by the
Employer’s representative from time to time considering at least 10 KM from STP site (for
bidding purpose)
5.0 Ancillary Structures
5.1 D.G. Room (area as per DG manufacturer’s requirements)
5.2 Outdoor Transformer Yard
5.3Admin Bldg, MCC Room, Blower Room, Operator Room, SCADA Room, Laboratory
Sub-station/Transformer yard (outdoor), Master Control Rooms, Operator Room, D.G.
Room/Yard, SCADA Room and Laboratory shall be constructed at suitable location. The
buildings shall be designed as per requirement.
The building shall have RCC frame work of minimum not less than M25 consisting of RCC
columns, RCC roof and beams with brick panels and foundation, suitably designed to take the
load of the walls. Rolling shutters of adequate size shall be provided for the above rooms on
the external walls. At the entrance of the transformer yard, M.S. gate shall be provided of
adequate size.
The floor of the MCC rooms and D.G. room shall consist of 40 mm thick cement concrete laid
over 1:2:4 including 15 mm thick ironed finish 150 mm thick 1:3:6 cement concrete. The floor
of other rooms shall bewith 20mm thick mosaic laid over 150mm thick 1:4:8 cement concrete.
The above floors shall be laid over well consolidate sand with rammed earth filling below
floor. The walls shall be provided with 150 mm high skirting with 20 mm thick mosaic finish as
per direction of the Engineer.
The brick walls of the buildings shall be plastered internally and externally with cement mortar
1:2:4 (1 cement : 2 coarse sand : 4 fine sand) and provided with oil bound distemper inside
and water proof cement paint outside as approved by the Engineer. Ceiling shall be plastered
with 1:4 cement mortar (1 cement and 4 fine sand) and three coats of white wash. All steel
work in the doors/windows/ventilators, rolling shutters etc. shall be provided with a superior
class paint/primer etc. approved by the Engineer to give a smooth finish.
The buildings shall be provided with plinth protection all around, 750 mm wide as specified.
Necessary slopes shall be given in the plinth protection so as to drain away the rain water
from the building. The roof shall be provided with water proofing as per DEPARTMENT
specifications. A RCC stair case of required width shall be provided to access different floor
levels.
The plinth level of the buildings shall be 600 mm above formation level. Suitable ramps shall
also be provided wherever required as desired by the Engineer.
The offer shall include for internal electric wiring of the buildings with light/fan, Switch and
regulator fittings.
The buildings shall be of sufficient size to accommodate all machineries / equipments and
controls and an office for operation, toilet, store etc. The tenderer shall verify and provide the
required size from the practical point of view and ease of operation.
5.4 Interconnecting Piping and Valves
All piping including valves, specials and other appurtenances, auxiliaries and accessories
required as per process design and scope of work. All the piping, valves, specials shall be
designed for peak flow.
122
In case of pumping mains thrust blocks with PCC/RCC shall be provided whenever required.
In case of buried pipes warning tapes shall be provided of the appropriate colors.
5.5 Security Room
The security room at entry of road shall be provided. This shall be a ground floor construction
with3m x 5m carpet area and be of RCC frame structure building with in filled rock faced
stone masonry and shall be provided with glass panels on three sides and an air cooler.
Necessary fans and lights shall be provided as directed by the Employer’s representative.
Toilet and bathroom shall be attached with security room. There shall be a working platform
made of Granite stone.
5.6 Landscaping
Landscaping involves beautification of Sewage Treatment Plant site by cultivating plants,
shrubs and trees of environmental value and suitably modifying the appearance of STP site. It
shall add scenic value to the STP site to obtain maximum visual impact. Contractor has to
develop proper landscaping in the STP site as per guidance from the Engineer in charge.
Area for future expansion shall also be considered for landscaping.
5.7 Compound Wall and Retaining wall of STP site and its Main Gates
R.R Masonry Compound wall of not less than 2.4 m above the finished ground level, 34 cm
thickness with suitable foundation, for covering the entire plot boundary around the proposed
site.
5.8 Earth Filling Cutting and Dressing
Area shall have to be filled up, consolidated, levelled and nearly dressed upto required
formation levels. In case earth is required over and above the surplus excavated for the
same, the tenderer shall have to arrange good sheet earth from its own resources and
provide for same in their offer. Filling of such earth in layers with proper consolidation as per
specifications shall be done.
5.9 Walkway and Pathway/Footpath
All Elevated RCC walkway 1.2 m wide shall be of RCC with M-20 grade concrete. The floor of
the walkway shall be finished smooth with 40 mm thick cement concrete. It shall be provided
with one meter high GI pipe railing on both sides of the walkway with connecting platforms.
All pathway and footpath over ground connecting individual units to bituminous road shall be
1.2 m wide and be 100 mm thick cement concrete (1:3:6) finished with 40 m thick (including
base mortar 1:4) checkered cement concrete tiles. The base concrete to be laid on 150 mm
thick hard core with 40 mm down stone ballast and morrum rammed and consolidated
properly as per direction of Engineer.
5.10 Roadway
Roads as per lay out shall be provided around all units as directed.
5.11 Parking Space
Adequate parking space should be provided .The area shall be paved as per WBM
specification.
5.12 D. G. Set
D. G. Set shall be provided to cater for the power failures. Capacity of D.G. set shall be
minimum 50% total connected electrical load (STP + RSPS)). D.G. Set will be placed in DG
Room, to be provided in the STP premises.
123
6.0
Chapter 5
PART – 1.0 PUMPS FOR SEWAGE PUMPING
1.1-GENERAL DESIGN CONDITION SUBMERSIBLE NONCLOG PUMPS FOR SEWAGE
PUMPING
The pumps shall be of non-clogging equipped to operate satisfactorily in UJJAIN for pumping sewage
from sump well to STP. Lean Flow, Mean Flow to be managed. Accordingly, pump configuration with
100% standby should be provided.
MPS: For pumping of 92.5 MLD sewage from sump well to
The pump shall be submersible with the suction and delivery branches cast inline on the bottom half
of the casing, the top half should be constructed to allow easy dismantling there by providing the
facility of inspection and repair to the equipment without any difficulty. The rotating elements of pumps
will be dynamically balanced and over stressing should not occur due to sudden failure of power &
reverse rotation should not damage the pump.
The pump shall be so designed as to have a maximum flow capacity of not less than 110%
1.5IMPELLER
a) The impeller shall be non-clog type, cast in one piece and specially designed to pass large
solids or unscreened liquids. The clearance between stationary and moving parts should
be such as to allow sustained performance without excessive maintenance.
1.6 PUMP SHAFT
a) Shaft size selected shall be such that critical speed is at least 20% away from the
operating speed and the runway speed.
b) The shaft shall be ground and polished to final dimension and of ample size to withstand
all stresses resulting from rotor weight, hydraulic loads and across the line starting.
1.7 BEARINGS
124
a) Adequate nos. of properly designed bearings shall be furnished. Bearing for fixed type
sump pumps shall be oil lubricated and bearings shall be antifriction type.
b) Thrust bearing of adequate design shall be furnished for taking the entire pump thrust
arising from all probable condition of continues operation throughout its “Range of
operation” and also the shut off condition life of thrust bearing shall be 20,000 working
hour minimum for the load corresponding to the duty point.
1.13LABORATORY TEST
Laboratory pump test shall be carried out as per IS: 9137, with latest amendment each pump to
assess the pump discharge Vs head, Horse Power (hp) and efficiency figure. The pump casing shall
be subjected to a pressure test of 1.5 times the working pressure at duty point
1.14 FIELD TEST
If need be the field test be carried out as per IS: 9137, with latest amendment these test may be
witnessed by the Engineer-In-Charge or his authorized representative. If they desire the tolerance as
specified in relevant IS code of practice shall not be quoted efficiency of pump during the testing.
1.15 GUARANTEES PERFORMANCE & TECHNICAL PARTICULARS
The contractor shall submit the details of guaranteed performance and technical particulars as
required and the preliminary out line drawing indicating principal dimension and weight of pumping
equipment and cross section drawing indicating the assembly of pumps & major parts thereof with
materials of construction and special features, complete descriptive and illustrated literature on the
equipment and accessories offered& proposed to be used before initiation of procurement and
approval of QAP.
125
2.11 ROTOR
Rotor should be desisted dynamically balanced and having carbon steel shaft hydraulically fitted.
2.12 LOCKED ROTOR WITH STAND TIME
Locked rotor with stand time under hot conditions at 110% voltage shall be more than starting time at
minimum permissible voltage by at least two seconds.
2.13 TYPE OF ENCLOSURE & DEGREE OF PROTECTIONS
The degree of protection provided by the enclosures of motor shall conform to IS : 4691(1985). The
enclosure for the motors shall be Closed Air Circuit Air Cooled (CUIDSSMT) type, having of
protection I.P. 55.
2.14 SHAFT INSULATION
Suitable insulation shall be provided on shaft bearing housing to prevent shaft current. The insulation
provided shall be such that it shall retain its dialectical properties even after its handling for number of
times during dismantling and reassembly.
2.15 BEARING ASSEMBLY
Bearing assembly shall be such that it prevents dust and water from getting into the bearing. Further,
bearing lubricant shall not find access to the motor winding. The bearing assembly shall be provided
with proper lubricating nipples.
2.16 EARTHING
The motor body shall have two separate earthing terminals for earthing in compliance with I.E.
RULES.
2.17 TERMINAL BOXES
Separate terminal boxes shall be provided for main-Terminals of the motors and for R.T.D. and for
space heaters. The terminals box for main terminals of motor shall be segregated type suitable for 3
core. 440 V. Aluminum conductor PVC insulated armored cables. The terminal boxes shall be
spacious, dust & house proof designed and properly insulated. Adequate clearance should be given
between live motor terminals and covers.
2.18 TEMPERATURE DETECTORS
Motors shall be provided with embedded temperature detectors, two for each phase winding at the
location where the high temperatures may be expected in the stator winding. The temperature
detectors shall also be provided in bearing assembly for monitoring the bearing temperature. The
temperature detectors shall be connected with digital temperature scanners with alarm and trip points
in the control panel.
2.19 ANTI - CONDENSATION HEATERS
Motors shall be have space heaters suitable for 240 V. single phase 50 Hz. A.C. supply, space
heaters shall have adequate capacity to maintain motor internal temperature above due point to
prevent moisture condensation on insulation during shut down periods.
2.20 DIMENSIONS OF MOTORS
Motors shall be properly dimensioned to have greater stability and low vibration limits. Mounting
dimensions should confirm to IS : 2254(1985).
2.21 COUPLING TO PUMPS
The motors shall be coupled to the pumps by means of polished steel shaft and flexible coupling. The
size of line shaft and flexible coupling shall be calculated on the basis of maximum combined shear
stress as per the relevant IS and shall not exceed 30% of the elastic limit in tension or 10% of ultimate
tensile stress, shaft shall be designed taking into consideration that critical speed of the shaft which
shall be higher than the operating or runaway speed.
2.22 DETAILS OF MOTORS TO BE FURNISHED
The successful TENDERER shall furnish, the details of efficiency, total losses and power at different
loads etc. as required in the form of guaranteed performance and technical particulars of motors in
before procurement and approval of QAP.
2.23 TESTING
All the motors shall be tested at the manufacturer’s workshop in the presence of Engineer-in-charge
of work or his authorized representative or a third party inspection directed by Employer.
127
SETTABLE AT SITE]
HARMONIC REACTORS USED IN SOFT STARTERS
CIRCUITS OF AIR CORE SHOULD NOT
DEVELOP HARMONIES IN THE CIRCUITS
DUTY CYCLE 6 NO EQUAL SPACED STARTS /PER HOUR
METHOD OF COOLING AIR COOLED
SPECIFICATIONS FOR OTHER ITEMS SHOULD BE EQUIPPED WITH REQUIRED
SWITCH GEAR PROTECTIONS AND INDICATIONS
3.3 PUMP WELL WATER LEVEL INDICATOR
One No. electrical water level indicator with alarming system shall be provided for the pump
well near which the pump house of sewage has been constructed.
3.4 CIVIL WORK
3.4.1 Construction of covered cable trenches / cable tray from L.T. panel to panel board in pump
house. The cable trenches should be covered with sand and type should be broken type
connected to bridge with bolts etc. by suitable civil work and shall be covered with chequered
plates of 7 mm (minimum) thickness.
3.4.2 Construction of all other allied civil works required for erection of pump and motor with all
foundation, bolts, nuts and washers including all work pertaining to it.
128
Chapter 6
DETAILED TECHNICAL SPECIFICATION FOR SUITABLE ELECTRIC
SUB STATION (for each STP)
1.0 LOCATION OF WORK:-
Providing, supplying, erection and commissioning of Transformer of 100 KVA, or suitable
rating to be installed in an electric sub-station of 33KV/0.44 KV located at STP.
2.0 SCOPE OF WORK
The Scope of works includes design, supply erection construction commissioning and testing
of 100 KVA, electric substation (as per I.E. rules and specification) which mainly includes
supply of transformer, outdoor, substation structure, cables, other electrical equipment,
accessories, and other allied required civil work etc. complete.
The details specifications of the proposed work are given below. However specifications laid
down in relevant standards shall be strictly followed.
2.1 SUB STATION STRUCTURE AND ASESSORIES. :-
33/0.44KV outdoor substation comprising of 2 pole substation structure made of Double M.S.
Girders & channels of adequate section (not less than ISHC 200x10 and ISMB 100x50) and
length, with provision of 33 KV lightening arrester, A.B. switch, D.I. set, disc and post
insulators with hardware substation premises as per I.e. rules. Structure shall be complete
with necessary painting of primary red oxide and finished with two coat of aluminium paint.
2.2 TRANSFORMER
One number transformer each of rating 100 KVA, at STPs,
Double earthing of entire electrical system connected to earthing plates buried in ground and
surrounded in charcoal and salt up to adequate depth. The contractor shall have to carry out
earth continuity tests earth resistance measurement and all other required test in the
presence of Engineer-in-charge, which are necessary to prove that complete job of earthing
system is already in working conditions. Rectifications, if any, is also to be done.
2.4 CIVIL WORK:
All related civil works such as construction of transformer plinth, foundation of substation
structure, partition wall between transformer, earth pits, cable trenches/cable trays, cable
markers, foundation of Fencing pole structure, providing and spreading 40mm B.T. metal as
per I.E. Rules complete job.
2.5 FENCING FOR 33 KV SUBSTATION YARD.
Industrial yard fencing arrangement using 65 mm x 6mm angle iron post complete as per I.E.
rules complete job if require at site
2.6 LIGHTING:-
Substation yard lighting provision in panel.
2.7 SUPPLY OF SAFETY DEVICES:-
Supply of safety devices like rubber mating, hand gloves, first Aid box, danger boards, first
Aid, charts, 0.5 Kg. Capacity Co2 type fire extinguishers and sand buckets etc. complete
required as per specification and I.E. rules One set.
2.8 OPERATION OF SUB STATION:
The contract include as Operation and Maintenance (O&M) of the contract includes
substation after commissioning and training to departmental staff for 7days complete job.
2.9 ANY WORKS Equipment not specified in particular but considered necessary to complete the
work as per specification and I.E. Rules are also included in this TENDER and scope of
works.
2.10 PANEL INSTLATIONS;
Panel is to be installed in substation or at place specified by the Employer/Engineer-in-
Charge.
3.0 IMPORTANT CONDITIONS:-
132
3.1 The BIDDER shall submit the brand names, & efficiencies at various at various points and
design calculation for each and every equipment so as to assess and decide suitable offer.
3.2 A licensed class A electrical contractor authorized under I.E. Rules shall only carry out the
work.
3.3 The Successful BIDDER on award of contract shall have to prepare and submit the detailed
drawing of the work duly approved by the Chief Electrical Inspector and Electrical Adviser,
Govt. of M.P. After completion of work the representative of the Chief Electrical Inspector and
Electrical Adviser shall inspect the same. The inspection fee shall be borne by the contractor
and electrical substation shall be charged only after approval and permission of the
competent authority as per I.E. Rules.
3.4 Supply and inspection of all the equipment shall be as per relevant BIS/IS/ISO Specification
and latest I.E. Rules.
3.5 Make, Materials, Technical specification, Circuit diagrams and connection details of each and
every equipment and its major parts offered should be as specified in the TENDER.
3.6 Test certificates guarantee, certificate and operation manual shall be submitted along with the
supply of equipment.
3.7 After commissioning of all the equipment successful trial will have to be given for at least 72
Hours.
3.8 Maintenance and training of department staff:-
After installation, commission and official testing of electric substation and other equipment
satisfactorily, the contractor shall have to run and maintain and electric substation to the
complete satisfaction of the Engineer in charge for a period of at least 7 days round the clock
through his experienced and competent staff under supervision of his experienced and
qualified engineer.
3.9 Any work equipment not specified in particular but considered necessary to complete the
works as per specification and I.E. Rules are also included in this TENDER.
4.0 DESIGN DATA:-
4.1 All the equipment shall be designed for operation in tropical humid climate subject to heavy
rainfall and frequent thunderstorms with ambient air temperature of 50 deg. 0c (max)
4.2 The single line diagram of proposed 33 KV/0.44 KV substation, main electric panel board, bus
bar is shown in separate drawing which can be seen in the office. The proposed site plan
showing the relative location of substation with respect to pump house are shown in separate
drawing, which can be seen in office. The above drawing is only for the guidance of the
BIDDER.
4.3 The rating and specification of transformers and other electrical equipment shown in the
drawing and specification are indicative only The BIDDER shall check-up the rating of the
equipment and satisfy thoroughly regarding their adequacy.
4.4 All the materials used in this work must be strictly in accordance with the relevant BIS/IS/ISO
specification and I.E. rulers.
4.5 On completion of work, the contractor shall submit the completion drawing. Circuit diagram
and detailed electrical mechanical drawing of the equipment and the maintenance manuals in
form as desired by the Engineer-In-Charge.
5.2.5 PAINTING:-
Tank and core clamp and other fitting exposed to the oil shall be painted by heat and oil resistant
paint. the exterior of the transformer and other ferrous fitting shall be first thoroughly cleaned, scraped
and ten given two coats of zinc chromate, red oxide, primer following by two finishing coats of
synthetic enamel paints as per shade No.631, of IS 5/1978.
5.2.6 DRAWING:-
Three copies of GA drawing showing details dimension and position of fitting and accessories
shall be submitted with equipment.
i. Indicating lamps for breaker ON/OFF Spring charge trip circuit healthy.
ii. Alarm Bell for S/C and E/F indication.
iii. Push button for test /reset/acknowledge.
6.0 PANEL BOARD
The LT AC Switch Board shall be of 3 phase and neutral 50 Hz Distribution board, indoor
type, sheet clad by 1.5mm thick CRC sheet over S channel structure frame, floor mounted
free standing type, cubical pattern, dust & vermin proof having protection group IP 53, and
shall comprise of following.
1 Nos. of incoming ACB OF suitable rating make L&T Siemens, Alstom
C&S and Schneider
1Nos. SFU OF suitable rating
- 1Nos. off 144 sq. mm flush tie ampere meter with selector switch.
- 1Nos. set of Indication Lamps for all three phase, On OFF auto Trip.
- 1 Nos. set of CT for protection and metering.
- 1 Nos. of solid state Triple pole on directional IDMTL over load and earth fault relay.
- The bus bar shall be suitable for 3 Phase and applicable amps. The bus bar shall be with
colored insulated sleeves. The supports shall be suitable spaced to give mechanical rigidity
for with standing stress due to system fault. The panel compartments shall have adequate
space for termination of incoming and outgoing feeder cables equipped with gland, lugs etc.
7.0 CABLES:-
Power cable of PVC, aluminum armored cable of size 3x400mm with require lugs gland.
Total to be considered for lump sum offer is 20 meter each from transformer to panel.
Control cable of PVC, copper cable of size 1 x 2.5 sq.mm x 3 and 6 core with required lugs,
glands. Total length to be considered for lump sum offer is 50mtr, for various connections.
Unit’s rates of cable to be quoted for any addition as required at time of execution.
8.0 SUB STATION STRUCTURE ADN ACCESSORIES.
8.1 33/0.44 KVA outdoor substation comprising of suitable substation structure and other
required substation material as given below:
8.2 SUB STATION STRUCTURE:-
Substation structure extension made of 1 Nos. of two pole structure made out Two Nos. of
200xc 100mm M.S. channels fabricated and welded using 33 x 5 mm. M.S flat to make one
pole of substation total substructure have our poles MS channels shall be not less than 100x
50mm and length as required to complete the substation structure, clamps, nut bolts and
other necessary MS Material as required for construction of substation structure. These
structures shall be made as per detailed drawing enclosed.
8.3 33 KV LIGHTNING ARRESTERS:
Station class 1- KA rating, single pole lightning arrester for use of 33 KV solidly ground
natural system and suitable for pedestal mounting complete with bolts and nuts. One SET of
three numbers.
135
fencing of minimum opening of 75mm x 75mm 2 meter wide main gate with locking
arrangement and etc complete as per IE rules complete job.
13 LIGHTING
Substation lighting provision in panel is to be done.
14 SUPPLY OF SPARES
Supply of essential spares like DO fuses, HRC fuses indication lamps cable lugs for
maintenance one set
15 Supply of essential tools
Supply of essential tools and equipment like DO operating rod earthing rod sets, required for
operation of substation helmet HD one set of each item.
16 SUPPLY OF SAFETY DEVICES:
Supply of safety devices like rubber mating gloves, first Aid box leather apron danger boards,
first and charge 0.5 kg capacity CO2 type fire extinguisher and sand buckets etc complete
required as per specification and IE rules one set.
137
Chapter 7
Specification Road Work
The specification for road work shall be governed by “Specifications for Road and
Bridge works, (5th Revision, 2013) Ministry of Road Transport and Highways, Govt. of
India”.
The Sections- 200,400,500 and 600 of specifications for Road and Bridge works, (5th
Revision, 2013) Ministry of Road Transport and Highways, Govt. of India and relevant
IRC codes shall also apply.
138
Chapter 8
Suggested Brands of Equipment
The following manufacturers are recommended to be used for the proposed work. The Bidders may
substitute alternative equivalent brand names with prior approval of Engineer in charge.
Item / Component Recommended makes
VT and Centrifugal Pump Kirloskar / Jyoti / Mather+Platt / WPIL/ Darling /Aqua
Pump motor
KEC/Kirloskar/ Jyoti / Crompton / ABB / Alstom / Siemens
Sluice Valve / Scour Valve/Butterfly Kirloskar / IVC / VAG / IVI / MARCK/ FOURESS
Moulded Case Circuit Breaker MCCB Siemens / Schneider M.G. / Jyoti / L & T
EOT crane
Hitech / Indef / Hiking / Ambika
140
Float & Board Type Level Measuring system Nivo (Toshniwal), Endress + Hauser, Pune Techtrol
Switch fuse Disconnector L & T, FN Type, Siemens, GEPC